The solicitation number is HHS-NIH-NIDA-SSSA-NOI-2016-298 and the solicitation is issued as a PRE-SOLICITATION, NOTICE OF INTENT, to award a contract on a noncompetitive basis to Sirius Automation, Inc. located at 318 W. Half Day Road, Buffalo Grove, IL 60089.
REGULATORY & STATUTORY AUTHORITY
This acquisition is conducted under the authority of the Federal Acquisition Regulation (FAR) Part 13--Simplified Acquisition Procedures, Subpart 13.106-1, only one responsible source and no other supplies or services will satisfy agency requirements, and FAR Part 12--Acquisition of Commercial Items and is NOT expected to exceed the simplified acquisition threshold. Contracts awarded using FAR Part 13--Simplified Acquisition Procedures are exempt from the requirements of FAR Part 6--Competition Requirements.
The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-87-2, dated April 6, 2016.
NORTH AMERICAN INDUSTRY CLASSIFICATION SYSTEM (NAICS) CODE
The associated NAICS code for this requirement is 334516 with size standard of 1000 Employees.
CONTRACTING WITHOUT PROVIDING FOR FULL OR OPEN COMPETITION (INCLUDING BRAND-NAME) DETERMINATION
The non-competitive determination is based upon the market research conducted as prescribed in FAR Part 10--Market Research. A Sources Sought Notice was posted to FedBizOpps referencing the above detailed requirements and no responses were received from other vendors. The results of market research concluded that only Sirius Automation, Inc. is capable of meeting the needs of this requirement for the purposes of continuity of science and equipment compatibility.The use of the Sirius Robots have been integrated into laboratory protocols such as DDeath, 5-hLO, KDM5, hPKM2, RUC1, IRAK4, LCAT, LDHA, GALK, OGT inhibitors, HCV, CD47, IDH1, TRND CBF Paul Liu project, BrIDGs STEMI Rockefeller University project, TRND malaria Williamson, TRND FOP MGH project, and TRND DIRC. As such, in order to maintain consistency of data and protocols, exactly the same preventive maintenance parts and procedures must be implemented on these systems.
This synopsis is not a request for competitive proposals. However, interested parties may identify their interest and capability to respond to this notice.
A determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. The information received will normally be considered solely for the purposes of determining whether to proceed on a non-competitive basis or to conduct a competitive procurement.
DESCRIPTION OF REQUIREMENT
Purpose and Objectives
The purpose of this acquisition is to purchase comprehensive annual maintenances for two owned Sirius Multi-Tasker Systems located in 9800 Medical Center Drive, Building C, Room 211, Rockville, MD 20850. These systems are used to perform synthesis and purification of small molecules. They allow the lab to keep up with the increased productivity as well as run duplicate protocols at the same time.
Project Description
The contractor shall provide the NCATS Standard upkeep and maintenance for the following:
1. Sirius Multi-Tasker Fully Custom Robotic System: S/N 06130704A
2. Sirius Multi-Tasker Fully Custom Robotic System: S/N 3192012
Services Must Include:
1) PRIORITY Sirius Automation Technical Support
2) Telephone Technical Support.
3) SiriusOnSite® (SOS) Service.
4) Preventative Maintenance (PM) Service
5) Replacement Parts
6) Address Software Related Instabilities.
Contractor must make reasonable efforts consistent with standard industry practice to provide the services indicated.
The services shall be for the purpose of preserving or restoring good working order of the Systems.
Response Time:
Must use its best efforts to respond within six (6) business hours to the Customers request for Technical Support.
Such requests are logged as email notices AND telephone calls.
TechSupport email hotline is monitored Monday thru Friday 8.30am-4.30pm excluding holidays.
TechSupport Team is intended to gather system/incident data, facilitate troubleshooting, enter parts orders, log a service call into the Automation Service Management System, determine status regarding open calls, route calls as appropriate for Technical Support and/or dispatch a Sirius Automation Representative for unscheduled or SOS service. Upon determination that a situation requires a qualified service representative or authorized agent onsite to resolve the problem; our goal is to have a service representative on-site as soon as possible, and within the next three (3) business days subject to schedule availability. Know that our contract customers receive priority scheduling.
SOS Service:
This offering Includes all labor, travel, and parts (excluding Consumables Items) necessary to restore the System to its original operating condition. In the event the customer experiences a System failure, must use its best efforts to provide SOS Service.
Must Provide:
1. Provide timely telephone or web-based assistance.
2. Provide On-Site repair service;
3. If necessary remove components to be repaired at an SAI approved facility
4. Provide necessary replacement parts with installation instructions and/or phone support
Preventative Maintenance Calls:
Preventative Maintenance visits will be scheduled at the mutual convenience of both the Customer and the vendor, or performed during any SOS Service visit or scheduled downtime as appropriate. Such visits will include necessary cleaning, adjustments, calibration, lubrication, and fitness for use verification as specified in the PM procedure for the System covered. All labor, travel and parts (excluding Consumables Items) to complete the Preventive Maintenance call are included as part of this agreement.
Replacement Parts:
Service Parts are included in the price of this plan. All replacement parts are furnished on an exchange basis.
Replacement parts will either be new or refurbished (unless otherwise specified).
Delivery/Period of Performance
June 1, 2016 to May 31, 2017
Contract Type
A firm fixed price purchase order within the Simplified Acquisition threshold is anticipated. Payment shall be remitted using Electronic Funds Transfer on a NET30 basis.
RESPONSE INSTRUCTIONS
Responses to this solicitation must include sufficient information to establish the interested parties' bona-fide capabilities of providing the product or service. Offerors must provide both 1) a technical response and 2) a separate price quote. The price quote shall include: unit price, list price, shipping and handling costs, delivery days after contract award, delivery terms, prompt payment discount terms, F.O.B. Point (Destination or Origin), product or catalog number(s); product description; and any other information or factors that may be considered in the award decision. Such factors may include: past performance; special features required for effective program performance; trade-in considerations; probable life of the item selected as compared with that of a comparable item; warranty considerations; and maintenance availability.
APPLICABLE TERMS AND CONDITIONS INCORPORATED BY REFERENCE
The following FAR clauses and provisions shall apply to this solicitation:
1. All Offerors MUST be actively registered in the System for Award Management (SAM) www.sam.gov.
2. FAR clauses 52.212-4, Contract Terms and Conditions - Commercial Items (May 2015) and 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (October 2015) apply to this acquisition.
In addition, the Dun & Bradstreet Number (DUNS), the Taxpayer Identification Number (TIN), and the certification of business size must be included in the response. All Offerors must have an active registration in the System for Award Management (SAM) www.sam.gov."
CLOSING STATEMENT
All responsible sources may submit a bid, proposal, or quotation which shall be considered by the agency. All responses must be received by the closing date of this announcement must reference solicitation number HHS-NIH-NIDA-SSSA-NOI-2016-298.
Responses shall be submitted electronically to Stacey Polk, Contract Specialist, at [email protected]. U.S. Mail and Fax responses will not be accepted.